Microsoft Word -
COO-21-001_Redesign_and_Implementation_RFP_10.5.20REQUEST FOR
PROPOSAL (RFP)
Assessment and Realignment of Human Services and Public Health:
Redesign of Program and Service Delivery
COO-21-001
Michelle Muir Department of Human Services Hoover State Office
Building, First Floor 1305 East Walnut Street Des Moines, Iowa
50319-0114 Phone: 515-281-8639
[email protected]
COO-21-001 Redesign of Program and Service Delivery
Page 2 of 42 Form Date 6/24/20
RFP Purpose.
The purpose of this Request for Proposal (RFP) is to identify and
select an experienced and qualified Contractor to assist the Iowa
Department of Public Health and the Iowa Department of Human
Services (hereafter “Departments”) in planning, organizing and
implementing redesign of programs and services of the Departments
with a focus on the following objectives:
Identify clear, shared program goals. Align and integrate programs,
practices and policies to improve delivery of services and most
effectively
leverage available funding sources. Establish a “no wrong door
policy” providing comprehensive and seamless access to the array of
services
and supports available to those in need. Identify cross-cutting
technology systems to capture client and population level
information across
programs, and other appropriate data sharing that meet the
standards and needs identified by federal and state funding
opportunities.
Align individual provider and program level licensing,
certification and accreditation reviews. Identify effective and
appropriate workload distribution and methods for ongoing client
management,
including caseload management. Identify community based
stakeholders (organizations and community members) and other
stakeholders
to provide input and guidance to the Departments’ programmatic and
policy efforts through opportunities for collaboration and
partnership, including and especially those organizations working
with the populations served by the Departments as well as community
members who participate in/have a relationship with the
Departments’ programs and services.
Identify potential for expanded funding sources. Engage all levels
of staff including field, front line and program staff to inform
the Departments’
established goals and project plans. Create an organizational
structure that optimizes delivery of services, supports efficiency
and ease of
work for staff, and integrates the Departments’ programs and
services with community and other available resources.
Note that selected public health activities housed within the
Department of Public Health are excluded from the redesign scope of
work. These include Professional Licensure Boards; Medical
Cannabidiol; Infectious Disease; Acute Disease Prevention; and
Emergency Response and Environmental Health.
The Agency is looking for a Contractor that will demonstrate
experience in organizational design, change management, risk
assessment and mitigation, communications, and improved client
service delivery. The Contractor should have previous work
experience with and extensive knowledge of public health and human
services. Bidders should demonstrate knowledge of best practices,
professional standards, and governing principles and access to
professional expertise to ensure best practices, standards, and
principles are reflected in proposals regarding redesign of
programs and services of the Departments. Duration of Contract. The
Agency anticipates executing a contract that will have an initial
18-month contract term with the ability to extend the contract for
three additional one-year terms. The Agency will have the sole
discretion to extend the contract. Bidder Eligibility Requirements.
The Bidder must have three years of previous experience planning
and implementation of redesign of programs and/or services in the
government sector.
COO-21-001 Redesign of Program and Service Delivery
Page 3 of 42 Form Date 6/24/20
Procurement Timetable There are no exceptions to any deadlines for
the Bidder; however, the Agency reserves the right to change the
dates. Times provided are in Central Time.
Event Date Agency Issues RFP Notice to Targeted Small Business
Website (48 hours): October 21, 2020 Agency Issues RFP to Bid
Opportunities Website October 23, 2020 Bidder Letter of Intent to
Bid Due By November 9, 2020 Bidder Written Questions Due By
November 9, 2020
Agency Responses to Questions Issued By November 16, 2020 Bidder
Proposals and any Amendments to Proposals Due By December 7, 2020
Agency Announces Apparent Successful Bidder/Notice of Intent to
Award January 25, 2021 Contract Negotiations and Execution of the
Contract Completed February 12, 2020
Anticipated Start Date for the Provision of Services February 15,
2021
Project Implementation Meeting By March 1, 2021
Section 1 Background and Scope of Work 1.1 Background. Governor
Reynolds appointed Kelly Garcia to serve as interim director of the
Iowa Department of Public Health on June 30, 2020. Ms. Garcia
continues to serve as director of the Department of Human Services
(DHS). “Kelly Garcia has done an outstanding job at DHS, and her
expertise and work ethic will bring great value to IDPH,” said Gov.
Reynolds. “This is an opportunity to increase cooperation and
collaboration between these two agencies to better serve Iowans…”
Public health is a partnership of local public health, IDPH,
non-profit organizations, health care providers, policymakers,
businesses and many others working together to protect and improve
the health of Iowans. Public health strives to improve the quality
of life for all Iowans by assuring access to evidence-based
population-health programs, services and activities in the
following areas:
Promote healthy living; Prevent injuries and violence; Protect
against environmental hazards; Assure access to quality health
services; Prevent epidemics and the spread of disease; Improve and
support public health performance; and Prepare for, respond to, and
recover from emergencies.
The mission of the Iowa Department of Public Health is “Protecting
and Improving the Health of Iowans.” The IDPH fulfills its mission
as a nationally accredited Public Health Department providing
public health services through the core tenets of quality
improvement, performance management, workforce development and
application of a health equity lens in program implementation and
development. IDPH’s website at https://idph.iowa.gov also contains
information about programs, services, and activities provided by
the agency that are linked at the top of its website.
COO-21-001 Redesign of Program and Service Delivery
Page 4 of 42 Form Date 6/24/20
DHS provides services to roughly one million Iowans on an annual
basis. DHS’ core services and strategic goals are centered
on:
Improving Iowans' health status including; o Medicaid and CHIP
programs.
Improving Iowans' behavioral and disabilities health status
including; o State mental health institutes, state resource centers
and civil commitment unit for sex offenders. o Regionally based
mental health and disability services for eligible adults and
children that are not
covered by the medical assistance program or other insurance
coverage. Improving safety, well-being and permanency for Iowa's
children;
o Child abuse prevention. o Child and family services. o Boys state
training school.
Improving Iowans' employment and economic security including; o
Child care assistance. o Food assistance. o Family investment
program (cash assistance and work supports). o Child support
recovery.
Efficiently managing resources. The mission of the Iowa Department
of Human Services is "To help Iowans achieve healthy, safe, stable,
and self- sufficient lives through the programs and services we
provide." The top of the DHS website, https://dhs.iowa.gov/, links
to additional descriptions of services the agency provides,
information about agency structure including a table of
organization, applicable administrative rules, and policy manuals.
Information regarding the budgets of the Departments may be found
at the following webpage:
https://dom.iowa.gov/agency-budget-books?page=1 Working with the
respective leadership teams of the Departments, Director Garcia is
pursuing increased cooperation and collaboration between the
Departments through redesign of program and service delivery. The
overarching goals of this initiative are centered on integration of
programs and services and improved efficacy in meeting the needs of
the populations served. Director Garcia will not act as a project
lead for this effort but rather will participate as an active team
member in the process of redesign. 1.2 RFP Definitions. When
appearing as capitalized terms in this RFP, including attachments,
the following quoted terms (and the plural thereof, when
appropriate) have the meanings set forth in this section. “Agency”
means the Iowa Department of Human Services. “Bid Proposal” or
“Proposal” means the Bidder’s proposal submitted in response to the
RFP. “Bidder” means the entity that submits a Bid Proposal in
response to this RFP. “Contractor” means the Bidder who enters into
a Contract as a result of this Solicitation. “Deliverables” means
all of the services, goods, products, work, work product, data
(including data collected on behalf of the Agency), items,
materials and property to be created, developed, produced,
delivered, performed, or provided by or on behalf of, or made
available through, the Contractor (or any agent, contractor or
subcontractor of the Contractor) in connection with any contract
resulting from this RFP.
COO-21-001 Redesign of Program and Service Delivery
Page 5 of 42 Form Date 6/24/20
“Invoice” means a Contractor’s claim for payment. At the Agency’s
discretion, claims may be submitted on an original invoice from the
Contractor or may be submitted on a claim form accepted by the
Agency, such as a General Accounting Expenditure (GAX) form.
“Off-site Work” means the Contractor’s designated place of work.
“On-site Work” means the Agency's place of work. 1.3 Scope of Work.
The Contractor shall provide the following: The Contractor shall
provide expertise, guidance, and resources to support the
Departments’ efforts in redesigning program and service structure,
delivery and financing. The Contractor shall ensure the
Departments’ objectives (as defined in Purpose) are achieved. The
Contractor shall provide structured, efficient, and effective
planning and implementation support throughout the project to
accomplish these objectives. The Contractor’s support shall include
development of principles to guide the redesign process. Principles
shall be developed in collaboration with the primary project team
assigned to the redesign effort by the Departments. The initial
work of the Contractor shall also include working with the
Departments’ primary project team to define a decision making
process for establishing and putting forth decisions and
recommendations for the redesign. The Contractor shall lead and
conduct the Departments’ program and services delivery redesign
project. The Contractor shall provide the following Deliverables as
outlined in Section 1.3.1, Deliverables:
1. Project implementation meeting. 2. Development and completion of
a detailed project plan. 3. Development and completion of a primary
project team/decision making process plan. 4. Development and
completion of a program and services connection points report. 5.
Development and completion of a recommendations and options report.
6. Lead a series of stakeholder engagement meetings to review and
discuss the options and
recommendations. 7. Lead a final recommendation conference with the
Departments’ leadership. 8. Development and completion of a
redesign implementation plan. 9. Final Report.
Throughout the period of performance, the Contractor shall be
responsible for providing ongoing communications support, including
assisting the Departments in developing draft communications,
providing content for internal and external websites, and creating
and using other tools or forms of outreach to communicate to staff
and stakeholders. The Contractor shall provide the Departments with
technical and project management assistance to create and establish
an implementation plan for the approved redesign of the
Departments’ programs and services. This work may include, but will
not be limited to project management, coordination activities
between the Departments, engagement activities with other
governmental entities and/or stakeholders. The Contractor shall
assist the Departments in identifying resource and staffing needs
to ensure successful implementation of the redesign. At the
Agency’s option, the engagement could be extended for technical and
project management assistance to support the implementation of
redesign based on the approved Redesign Implementation Plan. If the
Contractor provides these implementation services, the Contractor
shall propose a fixed price for the implementation phase based on
the proposed hourly rates.
COO-21-001 Redesign of Program and Service Delivery
Page 6 of 42 Form Date 6/24/20
Other: Throughout the project, the Departments may request
additional Deliverables of the Contractor related to the project
scope. 1.3.1 Deliverables. The Contractor shall provide
Deliverables which include, but may not be limited to, the
following: 1.3.1.1 Project Implementation Meeting. The project
implementation meeting will be scheduled as set forth in Section
1.3.1.10, Deliverable Summary/Timeline. The Contractor’s project
director as well as other Contractor key personnel must attend this
meeting. The Departments will select representatives from the
agencies to attend the meeting. Due to the COVID-19 pandemic, this
meeting may be held virtually using a video technology. The project
implementation meeting is intended to address any information
required to develop the initial project plan. This does not
preclude the Contractor from additional meetings and discussions
with agency staff to inform development of the project plan. The
Contractor shall prepare an agenda for the meeting, seeking input
from the Agency. 1.3.1.2 Primary Project Team/Decision Making
Process Plan. The Contractor shall:
Provide input into the number of people, roles within the
Departments or otherwise, and background of members who should
serve on the Primary Project Team to provide an appropriate
representation and pool of knowledge for the redesign.
Provide the same type of input for any sub-teams that may be
necessary throughout the project. Lead Primary Project Team and
Departments to establish a decision-making plan and structure to
make
decisions and recommendations to Departments’ leadership for the
redesign. Contractor shall finalize and deliver the written plan to
the Departments.
The Contractor shall identify and provide recommendations for
refinement of the team make-up or decision-making process as
necessary to lead to success of the project.
1.3.1.3 Project Plan. The Contractor shall develop a detailed
project plan that presents the Contractor’s approach to developing
redesign of the Departments’ programs and services to accomplish
stated objectives. The Contractor shall submit the project plan to
the Contract Owner not later than the timeframe set forth in
Section 1.3.1.10, Deliverable Summary/Timeline. The project plan
shall include identification of the Contractor’s project leaders
and key members of the primary project support team along with
their roles and responsibilities. The plan shall include the phases
of project execution, specific activities to be conducted during
each phase of the project and project milestones with timelines and
dependencies for completion. The project plan should also clearly
identify staff resources required of the Departments to support
each phase of the project and the anticipated level of effort
required of each resource. The plan shall also address change
management and risk management activities. An efficient and
effective process for obtaining internal and external stakeholder
input and sharing information with these groups during the process
shall be part of the project plan.
This deliverable is due by the date set forth in Section 1.3.1.10,
Deliverable Summary/Timeline.
1.3.1.4 Connection Points Report. The Connection Points Report
shall include mapping of connections between the Departments’
programs and services, service entry and delivery points as well as
clear definition and mapping of funding sources for all programs
and services for each Department. The report shall also include
mapping of current and potential connection points to the programs
and services of other state agencies and local government agencies
such that the full array of services available to individuals
accessing the Departments’ programs and services is clearly
defined. The connections report shall also define and detail
duplication of programs and/or services. The Connection Points
Report is due by the date set forth in Section 1.3.1.10,
Deliverable Summary/Timeline.
COO-21-001 Redesign of Program and Service Delivery
Page 7 of 42 Form Date 6/24/20
1.3.1.5 Recommendations and Options Report. The Contractor shall
develop a Recommendations and Options Report that outlines
structural, delivery and administrative changes to optimize
delivery of the Departments’ programs and services. The report
shall begin with an assessment period during which options for
redesign are developed and vetted with the project team. This will
include options for creating efficiency in administrative
functions, including data integration, information technology, and
braided funding across programs. The Recommendations and Options
Report is by the due date set forth in Section 1.3.1.10,
Deliverable Summary/Timeline. The report shall include the benefits
and challenges inherent in the various options and shall include
risk mitigation strategies for challenges. The recommendations and
options shall provide the Departments with the flexibility and
capacity to fulfill their statutory requirements, and shall include
identification of necessary changes to existing Iowa Code and Iowa
Administrative Code. 1.3.1.6 Stakeholder Engagement Meetings The
Contractor shall lead a series of stakeholder engagement contract
meetings in accordance with Section 1.3.1.10, Deliverable
Summary/Timeline to review and discuss the options and
recommendations. Selection of stakeholders and number of meetings
shall be established via collaboration with the Departments’
leadership teams. The Contractor shall summarize stakeholder input
to provide meaningful feedback to Department leadership within five
days of each stakeholder meeting. 1.3.1.7 Final Recommendation
Conference The Contract shall lead a final recommendation
conference with the Departments’ leadership during the month set
forth in Section 1.3.1.10, Deliverable Summary/Timeline. Prior to
this conference, the Contractor shall vet stakeholder feedback
received with the project team. The Departments’ leadership shall
establish a set of final recommendations for redesign as a result
of this conference. This decision making will adhere to the
principles and decision making process defined for the project.
1.3.1.8 Redesign Implementation Plan The redesign implementation
plan shall include a detailed description of final recommendations
for redesign. The implementation plan shall include tools and
processes to support development of relevant, objective performance
outcome measurements to provide data supporting the success of
achieving redesign objectives through implementation of the defined
recommendations for redesign. This plan shall include performance
outcome measures that include measurement of client/member
experience and satisfaction in receiving services both pre- and
post-redesign. All performance outcome measures shall be designed
to provide transparency to stakeholders including the
administration, the Iowa Legislature, the Departments’
clients/members, community partners and stakeholders, and the
general public. Performance metrics should be appropriate for
dashboard presentations to executive management and stakeholders.
The plan shall follow best practice principles in defining a
multi-step or phased approach to implementation of the final
recommendations for redesign. The plan shall allow sufficient time
and processes for ensuring appropriate development of policy and
practice and for ensuring compliance with applicable regulation and
law. Each phase of the plan shall provide for addressing challenges
and opportunities as they arise and shall incorporate lessons
learned in subsequent phases of the implementation. The
Implementation Plan is due as set forth in Section 1.3.1.10,
Deliverable Summary/Timeline. 1.3.1.9 Final Report Near project
closure, with specific date to be established by the parties, the
Contractor shall conduct “a lessons learned” and
benchmark/milestones presentation to empower the Departments to
move forward. The Contractor shall also provide a report at that
same time for the Departments’ leadership and others. The report
shall provide a summary of findings and conclusions,
considerations, and recommendations for additional work or tasks to
assist the Departments with successfully moving forward with
operating under its new structure.
COO-21-001 Redesign of Program and Service Delivery
Page 8 of 42 Form Date 6/24/20
1.3.1.10 Deliverable Summary/Timeline “NLT” as used in this section
means “no later than.”
Project Implementation Meeting within the first two weeks following
the contract effective date
Primary Project Team/Decision Making Process Plan ......... NLT 45
calendar days following the contract effective date
Project Plan NLT 90 calendar days following the contract effective
date
Connection Points Report
..................................................... NLT 4 months
following the contract effective date
Recommendations and Options Report ...............................
NLT 5 months following the contract effective date
Stakeholder Engagement meetings
....................................... NLT month 6 of the
contract
Final Recommendation Conference
..................................... NLT month 7 of the
contract
Recommendation Report and Implementation Plan ............. NLT 9
months following the contract effective date
Weekly Progress Reports
..................................................... Every Monday
throughout the project (or Tuesday if Monday is a Holiday)
Final Report
..........................................................................
Project closure with specific date to be established
1.3.2 General Requirements. 1.3.2.1 Weekly Progress Reports: In
addition to meeting with and providing regular updates to
leadership of the Departments, the Contractor shall produce formal,
weekly status reports to Director Garcia and to the Contract
Manager that demonstrate the Contractor’s progress on achieving
milestones and objectives for the project. This report will be
provided on an Agency-approved template. It will identify any
challenges influencing timely or quality-based achievement of
milestones or objectives and will provide recommendations for
resolution of any identified challenges. The Contractor shall also
provide periodic reports and presentations to leadership of the
Departments and to other stakeholders as requested by the
Departments. 1.3.2.2. Contractor Key Positions The Contractor shall
assign a Project Manager, a Public Health project lead and a Human
Services project lead who will at all times be subject to
Departments’ review and ongoing approval. Subject to this approval,
the Contractor shall ensure that the same Project Manager and
project leads proposed in the Bid Proposal are assigned to this
project and continue in these roles for the duration of the
Contract. The Project Manager shall be available to meet with the
Departments’ management, policy staff, issuing officers, and other
staff for planning, development, and/or status meetings during
normal Agency business hours. The Project Manager shall be
available to attend meetings in person as determined by the
Departments. 1.3.3 Performance Measures. The Contractor shall
provide:
1. Timely responses to Agency Contract Manager or Contract Owner
questions. Routine questions will be responded to in no longer than
two business days at least 80% of the time. The remaining 20% will
be responded to in no longer than 5 business days.
2. All deliverables and reports shall be timely provided to the
Agency. 3. All written deliverables shall be acceptable and contain
at least all contents set forth in the respective
deliverable sections (exclusive of minor changes requested by the
Agency) upon first release.
COO-21-001 Redesign of Program and Service Delivery
Page 9 of 42 Form Date 6/24/20
1.3.4 Agency Responsibilities. The Departments will:
Assign a primary project team with input from the Contractor.
Provide background materials. Initially identify relevant federal
regulations, state of Iowa code sections, administrative rules,
and
relevant policy. Contractor research may indicate further relevant
materials. Participate in activities identified in the Contractor’s
plans, and as approved by the Departments.
Additional resources to be provided by the Departments
include:
Relevant program data including eligibility criteria and caseload
data or client service numbers as allowed by federal and state
data-sharing standards;
Current organizational structures and program delivery structures,
including program guidelines or regulations;
Fiscal information, support for definition of funding sources, and
reports; Office space during onsite visits and access to meeting
accommodations at the Departments’ locations;
and, Other assistance and information as is reasonably requested
and necessary to completion of deliverables
as agreed by the Departments. 1.3.5 Contract Payment Methodology.
1.3.5.1 Milestone Payments. Payment is dependent upon the
successful completion and Agency Acceptance of the following
payment milestones. The Contractor shall not be entitled to any
additional reimbursements including, but not limited to, travel for
work related to these milestones. Milestones shall be invoiced upon
Agency Acceptance of Key Deliverables. The Agency, at its sole
discretion, may request detailed documentation from the Contractor
to support expenses that have been invoiced for any given
milestone. Contractor shall invoice the Agency on the state
approved form within thirty (30) Calendar days of the following
completed milestone.
1. Project Implementation Meeting as described in section 1.3.1.1.
2. Primary Project Team/Decision Making Process Plan as described
in section 1.3.1.2. 3. Project Plan as described in section
1.3.1.3. 4. Connection Points Report as described in section
1.3.1.4. 5. Recommendations and Options Report as described in
section 1.3.1.5. 6. Final Recommendation Conference as described in
section 1.3.1.7. 7. Redesign Implementation Plan as described in
section 1.3.1.8. 8. Final Report and Contract Close-Out duties as
described in section 1.3.1.9 and the Contract.
1.3.5.2 Stakeholder Meetings. The Contractor shall invoice the
Agency by the 20th of the month, for the preceding month’s
completed Stakeholder Engagement meetings and related summaries as
described in section 1.3.1.6. Payments will be made for each
Stakeholder Engagement Meeting completed by the Contractor. 1.3.5.3
Implementation. If the Agency elects that the Contractor complete
work to implement the redesign implementation plan, the Contractor
shall invoice the Agency on a monthly basis, by the 20th of the
month, for the preceding month’s completed work. The Contractor
shall track and document, at a minimum; hours work per position,
per hour rate, project associated with this work, and date and
times.
COO-21-001 Redesign of Program and Service Delivery
Page 10 of 42 Form Date 6/24/20
Section 2 Basic Information About the RFP Process 2.1 Issuing
Officer. The Issuing Officer is the sole point of contact regarding
the RFP from the date of issuance until selection of the successful
Bidder. The Issuing Officer for this RFP is: Michelle Muir
Department of Human Services Hoover State Office Building, First
Floor 1305 East Walnut Street Des Moines, Iowa 50319-0114 Phone:
515-281-8639
[email protected] 2.2 Restriction on Bidder
Communication. From the issue date of this RFP until announcement
of the successful Bidder, the Issuing Officer is the point of
contact regarding the RFP. There may be no communication regarding
this RFP with any State employee other than the Issuing Officer,
except at the direction of the Issuing Officer or as otherwise
noted in the RFP. This section shall not be construed as
restricting communications related to the administration of any
contract currently in effect between a Contractor and the Agency.
The Issuing Officer will respond only to questions regarding the
procurement process. Questions pertaining to the interpretation of
this RFP may be submitted in accordance with the Questions,
Requests for Clarification, and Suggested Changes section of this
RFP. 2.3 Downloading the RFP from the Internet. The RFP and any
related documents such as amendments or attachments (collectively
the “RFP”), and responses to questions will be posted at the State
of Iowa’s website for bid opportunities:
http://bidopportunities.iowa.gov/. Check this website periodically
for any amendments to this RFP. The posted version of the RFP is
the official version. The Agency will only be bound by the official
version of the RFP document(s). Bidders should ensure that any
downloaded documents are in fact the most up to date and are
unchanged from the official version. 2.4 Reserved. (Online
Resources) 2.5 Intent to Bid. The Agency requests that Bidders
provide their intent to bid by email to the Issuing Officer by the
date and time in the Procurement Timetable. The Bidder may wish to
request confirmation of receipt of the email from the Issuing
Officer to ensure delivery. Do not submit letters of intent by mail
or hand delivery. The intent to bid should include the Bidder's
name, contact person, mailing address, email address, telephone
number, and a statement of intent to submit a bid in response to
this RFP. Though it is not mandatory that the Agency receive an
intent to bid, the Agency will only respond to questions about the
RFP that have been submitted by Bidders who have expressed their
intent to bid. The Agency may cancel an RFP for lack of interest
based on the number of letters of intent to bid received. 2.6
Reserved. (Bidders’ Conference) 2.7 Questions, Requests for
Clarification, and Suggested Changes. Bidders who have provided
their intent to bid on the RFP are invited to submit written
questions, requests for clarifications, and/or suggestions for
changes to the specifications of this RFP (hereafter “Questions”)
by the due date and time provided in the Procurement Timetable.
Bidders are not permitted to include assumptions in their Bid
Proposals. Instead, Bidders shall address any perceived ambiguity
regarding this RFP through the question and answer process. If the
Questions pertain to a specific section of the RFP, the page and
section number(s)
COO-21-001 Redesign of Program and Service Delivery
Page 11 of 42 Form Date 6/24/20
must be referenced. Bidders are to submit questions to the Issuing
Officer by email. The Bidder may wish to request confirmation of
receipt from the Issuing Officer to ensure delivery. Do not submit
questions by mail, shipping service, or hand delivery. Written
responses to questions will be posted at
http://bidopportunities.iowa.gov/ by the date provided in the
Procurement Timetable. The Agency assumes no responsibility for
verbal representations made by its officers or employees unless
such representations are confirmed in writing and incorporated into
the RFP. In addition, the Agency’s written responses to Questions
will not be considered part of the RFP. If the Agency decides to
change the RFP, the Agency will issue an amendment. 2.8 Submission
of Bid Proposal. Each Bidder is responsible for ensuring that the
Issuing Officer receives the Bid Proposal by the time and date
specified in the Procurement Timetable at the address provided in
the RFP for the Issuing Officer. The Agency will not waive this
mandatory requirement. Any Bid Proposal received after this
deadline will be rejected and will not be evaluated. Bid Proposals
are to be submitted in accordance with the Bid Proposal Formatting
section of this RFP. Bid Proposals may not be hand-delivered to the
Issuing Officer. Rather, Bid Proposals are to be mailed through a
postal service or shipping service. Bidders shall allow ample mail
delivery time to ensure timely receipt of their Bid Proposals. It
is the Bidder’s responsibility to ensure that the Bid Proposal is
received prior to the deadline. Postmarking or submission to a
shipping service by the due date shall not substitute for actual
receipt of the Bid Proposal by the Agency. 2.9 Amendment to the RFP
and Bid Proposal. Each Bidder is responsible for ensuring that the
Issuing Officer receives the Bid Proposal and any permitted
amendments by the established deadlines at the address provided in
the RFP for the Issuing Officer. Amendments must be received
utilizing the same delivery method as set forth in the RFP for the
submission of the original Bid Proposal. Bidders may amend a
previously submitted Bid Proposal at any time before the bid
submission date and time. Any such amendment must be in writing and
signed by the Bidder. The Bidder shall provide the same number of
copies of the amended Bid Proposal as is required for the original
Bid Proposal, for both hardcopy and electronic copies, in
accordance with the Bid Proposal Formatting Section. The Agency
reserves the right to amend or provide clarifications to the RFP at
any time. RFP amendments will be posted to the State’s website at
http://bidopportunities.iowa.gov/. If an RFP amendment occurs after
the closing date for receipt of Bid Proposals, the Agency may, in
its sole discretion, allow Bidders to amend their Bid Proposals.
2.10 Withdrawal of Bid Proposal. The Bidder may withdraw its Bid
Proposal prior to the closing date for receipt of Bid Proposals by
submitting a written request to withdraw signed by the Bidder,
scanned, then emailed to the Issuing Officer. The Bidder should
request confirmation of receipt of the email from the Issuing
Officer to ensure delivery. 2.11 Costs of Preparing the Bid
Proposal. The costs of preparation and delivery of the Bid Proposal
are solely the responsibility of the Bidder.
COO-21-001 Redesign of Program and Service Delivery
Page 12 of 42 Form Date 6/24/20
2.12 Rejection of Bid Proposals. The Agency reserves the right to
reject any or all Bid Proposals, in whole and in part, and to
cancel this RFP at any time prior to the execution of a written
contract. Issuance of this RFP in no way constitutes a commitment
by the Agency to award or enter into a contract. 2.13 Review of Bid
Proposals. Only Bidders that meet the mandatory requirements and
are not subject to disqualification will be considered for award of
a contract. 2.13.1 Mandatory Requirements. Bidders must meet these
mandatory requirements or will be disqualified and not considered
for award of a contract:
The Issuing Officer must receive the Bid Proposal, and any
amendments thereof, prior to or on the due date and time (See RFP
Sections 2.8 and 2.9).
The Bidder is not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
receiving federal funding by any federal department or agency (See
RFP Additional Certifications Attachment).
The Bidder is eligible to submit a bid in accordance with the
Bidder Eligibility Requirements of this RFP (See RFP Bidder
Eligibility Requirements Section).
2.13.2 Reasons Proposals May be Disqualified. Bidders are expected
to follow the specifications set forth in this RFP. However, it is
not the Agency’s intent to disqualify Bid Proposals that suffer
from correctible flaws. At the same time, it is important to
maintain fairness to all Bidders in the procurement process.
Therefore, the Agency reserves the discretion to permit cure of
variances, waive variances, or disqualify Bid Proposals for reasons
that include, but may not be limited to, the following:
Bidder initiates unauthorized contact regarding this RFP with
employees other than the Issuing Officer (See RFP Section
2.2);
Bidder fails to comply with the RFP’s formatting specifications so
that the Bid Proposal cannot be fairly compared to other bids (See
RFP Section 3.1);
Bidder fails, in the Agency’s opinion, to include the content
required for the RFP; Bidder fails to be fully responsive in the
Bidder’s Approach to Meeting Deliverables Section, states an
element of the Scope of Work cannot or will not be met, or does not
include information necessary to substantiate that it will be able
to meet the Scope of Work specifications (See RFP Section
3.2.3);
Bidder’s response materially changes Scope of Work specifications;
Bidder fails to submit the RFP attachments containing all
signatures (See RFP Section 3.2.6); Bidder marks entire Bid
Proposal confidential, makes excessive claims for confidential
treatment, or
identifies pricing information in the Cost Proposal as confidential
(See RFP Section 3.1); Bidder includes assumptions in its Bid
Proposal (See RFP Section 2.7); or Bidder fails to respond to the
Agency’s request for clarifications, information, documents, or
references
that the Agency may make at any point in the RFP process. Bidder is
a “scrutinized company” included on a “scrutinized company list”
created by a public fund
pursuant to Iowa Code §12J.3. This list is maintained by the Iowa
Public Employees’ Retirement System. The list is currently found
here:
https://www.ipers.org/about-us/investments/restrictions-regarding-
companies-boycotting-israel#main-content.
The determination of whether or not to disqualify a proposal and
not consider it for award of a contract for any of these reasons,
or to waive or permit cure of variances in Bid Proposals, is at the
sole discretion of the Agency. No Bidder shall obtain any right by
virtue of the Agency’s election to not exercise that discretion. In
the event the Agency waives or permits cure of variances, such
waiver or cure will not modify the RFP specifications or
excuse
COO-21-001 Redesign of Program and Service Delivery
Page 13 of 42 Form Date 6/24/20
the Bidder from full compliance with RFP specifications or other
contract requirements if the Bidder enters into a contract. 2.14
Bid Proposal Clarification Process. The Agency may request
clarifications from Bidders for the purpose of resolving
ambiguities or questioning information presented in the Bid
Proposals. Clarifications may occur throughout the Bid Proposal
evaluation process. Clarification responses shall be in writing and
shall address only the information requested. Responses shall be
submitted to the Agency within the time stipulated at the occasion
of the request. 2.15 Verification of Bid Proposal Contents. The
contents of a Bid Proposal submitted by a Bidder are subject to
verification. 2.16 Reference Checks. The Agency reserves the right
to contact any reference to assist in the evaluation of the Bid
Proposal, to verify information contained in the Bid Proposal, to
discuss the Bidder’s qualifications, and/or to discuss the
qualifications of any subcontractor identified in the Bid Proposal.
2.17 Information from Other Sources. The Agency reserves the right
to obtain and consider information from other sources concerning a
Bidder, such as the Bidder’s capability and performance under other
contracts, and the Bidder’s authority and ability to conduct
business in the State of Iowa. Such other sources may include
subject matter experts. 2.18 Criminal History and Background
Investigation. The Agency reserves the right to conduct criminal
history and other background investigations of the Bidder, its
officers, directors, shareholders, or partners and managerial and
supervisory personnel retained by the Bidder for the performance of
the resulting contract. The Agency reserves the right to conduct
criminal history and other background investigations of the
Bidder’s staff and subcontractors providing services under the
resulting contract. 2.19 Disposition of Bid Proposals. Opened Bid
Proposals become the property of the Agency and will not be
returned to the Bidder. Upon issuance of the Notice of Intent to
Award, the contents of all Bid Proposals will be in the public
domain and be open to inspection by interested parties subject to
exceptions provided in Iowa Code chapter 22 or other applicable
law. 2.20 Public Records and Request for Confidential Treatment.
Original information submitted by a Bidder may be treated as public
information by the Agency following the conclusion of the selection
process unless the Bidder properly requests that information be
treated as confidential at the time of submitting the Bid Proposal.
See the Bid Proposal Formatting Section for the proper method for
making such requests. The Agency’s release of information is
governed by Iowa Code chapter 22. Bidders are encouraged to
familiarize themselves with Chapter 22 before submitting a Bid
Proposal. The Agency will copy public records as required to comply
with public records laws. The Agency will treat the information
marked confidential as confidential information to the extent such
information is determined confidential under Iowa Code chapter 22
or other applicable law by a court of competent jurisdiction.
However, the Bidder shall certify by signing and returning RFP
Attachment B its understanding that any Agency references to Bid
Proposal information marked confidential made during the evaluation
process may become part of the public domain In the event the
Agency receives a request for information marked confidential,
written notice shall be given to the Bidder seventy-two (72) hours
prior to the release of the information to allow the Bidder to seek
injunctive relief pursuant to Iowa Code § 22.5 or 22.8.
COO-21-001 Redesign of Program and Service Delivery
Page 14 of 42 Form Date 6/24/20
The Bidder’s failure to request confidential treatment of material
pursuant to this section and the relevant law will be deemed, by
the Agency and State personnel, as a waiver of any right to
confidentiality that the Bidder may have had. 2.21 Copyrights. By
submitting a Bid Proposal, the Bidder agrees that the Agency may
copy the Bid Proposal for purposes of facilitating the evaluation
of the Bid Proposal or to respond to requests for public records.
By submitting a Bid Proposal, the Bidder acknowledges that
additional copies may be produced and distributed, and represents
and warrants that such copying does not violate the rights of any
third party. The Agency shall have the right to use ideas or
adaptations of ideas that are presented in the Bid Proposals. 2.22
Release of Claims. By submitting a Bid Proposal, the Bidder agrees
that it shall not bring any claim or cause of action against the
Agency based on any misunderstanding concerning the information
provided herein or concerning the Agency's failure, negligent or
otherwise, to provide the Bidder with pertinent information as
intended by this RFP. 2.23 Reserved. (Presentations) 2.24 Notice of
Intent to Award. Notice of Intent to Award will be sent to all
Bidders that submitted a Bid Proposal by the due date and time. The
Notice of Intent to Award does not constitute the formation of a
contract between the Agency and the apparent successful Bidder.
2.25 Acceptance Period. The Agency shall make a good faith effort
to negotiate and execute the contract. If the apparent successful
Bidder fails to negotiate and execute a contract, the Agency may,
in its sole discretion, revoke the Notice of Intent to Award and
negotiate a contract with another Bidder or withdraw the RFP. The
Agency further reserves the right to cancel the Notice of Intent to
Award at any time prior to the execution of a written contract.
2.26 Review of Notice of Disqualification or Notice of Intent to
Award Decision. Bidders may request reconsideration of either a
notice of disqualification or notice of intent to award decision by
submitting a written request to the Agency:
Bureau Chief c/o Bureau of Service Contract Support Department of
Human Services Hoover State Office Building, 1st Floor 1305 E.
Walnut Street Des Moines, Iowa 50319-0114 email:
[email protected]
The Agency must receive the written request for reconsideration
within five days from the date of the notice of disqualification or
notice of intent to award decision, whichever is earlier. The
written request may be emailed or delivered by postal service or
other shipping service. In-person deliveries to the Agency’s office
will not be accepted. It is the Bidder’s responsibility to ensure
that the Bid Proposal is received prior to the deadline.
Postmarking or submission to a shipping service by the due date
shall not substitute for actual receipt of a request for
reconsideration by the Agency. The request for reconsideration
shall clearly and fully identify all issues being contested by
reference to the page and section number of the RFP. If a Bidder
submitted multiple Bid Proposals and requests that the Agency
reconsider a notice of disqualification or notice of intent to
award decision for more than one Bid Proposal, a separate written
request shall be submitted for each. At the Agency’s discretion,
requests for reconsideration from the same Bidder may be reviewed
separately or combined into one response. The Agency will
expeditiously
COO-21-001 Redesign of Program and Service Delivery
Page 15 of 42 Form Date 6/24/20
address the request for reconsideration and issue a decision. The
Bidder may choose to file an appeal with the Agency within five
days of the date of the decision on reconsideration in accordance
with 441 IAC 7.41 et seq. 2.27 Definition of Contract. The full
execution of a written contract shall constitute the making of a
contract for services and no Bidder shall acquire any legal or
equitable rights relative to the contract services until the
contract has been fully executed by the apparent successful Bidder
and the Agency. 2.28 Choice of Law and Forum. This RFP and the
resulting contract are governed by the laws of the State of Iowa
without giving effect to the conflicts of law provisions thereof.
Changes in applicable laws and rules may affect the negotiation and
contracting process and the resulting contract. Bidders are
responsible for ascertaining pertinent legal requirements and
restrictions. Any and all litigation or actions commenced in
connection with this RFP shall be brought and maintained in the
appropriate Iowa forum. 2.29 Restrictions on Gifts and Activities.
Iowa Code chapter 68B restricts gifts that may be given or received
by state employees and requires certain individuals to disclose
information concerning their activities with state government.
Bidders must determine the applicability of this Chapter to their
activities and comply with the requirements. In addition, pursuant
to Iowa Code § 722.1, it is a felony offense to bribe or attempt to
bribe a public official. 2.30 Exclusivity. Any contract resulting
from this RFP shall not be an exclusive contract. 2.31 No Minimum
Guaranteed. The Agency anticipates that the selected Bidder will
provide services as requested by the Agency. The Agency does not
guarantee that any minimum compensation will be paid to the Bidder
or any minimum usage of the Bidder’s services. 2.32 Use of
Subcontractors. The Agency acknowledges that the selected Bidder
may contract with third parties for the performance of any of the
Contractor’s obligations. The Agency reserves the right to provide
prior approval for any subcontractor used to perform services under
any contract that may result from this RFP. 2.33 Bidder Continuing
Disclosure Requirement. To the extent that Bidders are required to
report incidents when responding to this RFP related to damages,
penalties, disincentives, administrative or regulatory proceedings,
founded child or dependent adult abuse, or felony convictions,
these matters are subject to continuing disclosure to the Agency.
Incidents occurring after submission of a Bid Proposal, and with
respect to the successful Bidder after the execution of a contract,
shall be disclosed in a timely manner in a written statement to the
Agency. For purposes of this subsection, timely means within thirty
(30) days from the date of conviction, regardless of appeal
rights.
COO-21-001 Redesign of Program and Service Delivery
Page 16 of 42 Form Date 6/24/20
Section 3 How to Submit A Bid Proposal: Format and Content
Specifications These instructions provide the format and technical
specifications of the Bid Proposal and are designed to facilitate
the submission of a Bid Proposal that is easy to understand and
evaluate. 3.1 Bid Proposal Formatting.
Subject
Specifications
Paper Size 8.5" x 11" paper (one side only). Charts or graphs may
be provided on legal-sized paper. Font Bid Proposals must be
typewritten. The font must be 11 point or larger (excluding
charts, graphs, or diagrams). Acceptable fonts include Times New
Roman, Calibri and Arial.
Page Limit Pages included in Proposal Tab 3 and any attachments the
Bidder creates in a “Tab 3 Attachments” section is limited to 50
pages. See Section 3.2 for further information about Tab 3
Attachments.
Pagination All pages in Proposal Tabs 1-5 are to be sequentially
numbered from beginning to end (do not number these Proposal
sections independently of each other). The contents in Proposal Tab
6 may be numbered independently of other sections.
Bid Proposal General Composition
Bid Proposals shall be divided into two parts: Technical Proposal
and Cost Proposal. Technical Proposals submitted in multiple
volumes shall be numbered in the following
fashion: 1 of 4, 2 of 4, etc. Bid Proposals must be bound and use
tabs to label sections.
Envelope Contents and Labeling
Envelopes shall be addressed to the Issuing Officer. The envelope
containing the original Bid Proposal shall be labeled “original.”
The
Technical and Cost Proposal must be packaged separately. Number of
Hard Copies
Submit one (1) original hard copy of the Proposal (separate
Technical and Cost proposals). The original hard copy must contain
original signatures.
USB Flash Drive
The Technical Proposal and Cost Proposal must be provided on
separate USB flash drives. Bidders shall submit five flash drives
with identical copies of the Technical Proposal and 1 copy of the
Cost Proposal on a separate flash drive. The USB flash drives shall
be identical as the content in the original Bid Proposal.
The Technical Proposal must be saved in less than three files, with
a preference for the entire Technical Proposal in one file.
Proposals shall be provided in either PDF or Microsoft Word format.
Files shall be text-based and not scanned image(s) and shall be
searchable and not password protected or contain restrictions that
prevent copying, saving, highlighting, or printing of the
contents.
Request for Confidential Treatment
Requests for confidential treatment of any information in a Bid
Proposal must meet these specifications: The Bidder will complete
the appropriate section of the Primary Bidder Detail Form
&
Certification which requires the specific statutory citation
supporting the request for confidential treatment and an
explanation of why disclosure of the information is not in the best
interest of the public.
The Bidder shall submit one (1) complete paper copy of the Bid
Proposal from which confidential information has been redacted.
This copy shall be clearly labeled on the cover as a “public copy”
and each page upon which confidential information appears shall be
conspicuously marked as containing confidential information. The
confidential material shall be redacted in such a way as to allow
the public to determine the general nature of the material removed.
To the extent possible, pages should be redacted sentence by
sentence unless all material on a page is clearly confidential
under the law. The Bidder shall not identify the entire Bid
Proposal as confidential.
COO-21-001 Redesign of Program and Service Delivery
Page 17 of 42 Form Date 6/24/20
The Cost Proposal will be part of the ultimate contract entered
into with the successful Bidder. Pricing information may not be
designated as confidential material. However, Cost Proposal
supporting materials may be marked confidential if consistent with
applicable law.
The transmittal letter may not be marked confidential. The Bidder
shall submit a USB flash drive containing an electronic copy of the
Bid
Proposal from which confidential information has been redacted.
This USB flash drive shall be clearly marked as a “public
copy”.
The Technical Proposal must be saved in less than three files, with
a preference for the entire Technical Proposal in one file.
Proposals shall be provided in either PDF or Microsoft Word format.
Files shall be text-based and not scanned image(s) and shall be
searchable and not password protected or contain restrictions that
prevent copying, saving, highlighting, or printing of the
contents.
Exceptions to RFP/Contract Language
If the Bidder objects to any term or condition of the RFP or
attached Sample Contract, specific reference to the RFP page and
section number shall be made in the Primary Bidder Detail &
Certification Form. In addition, the Bidder shall set forth in its
Bid Proposal the specific language it proposes to include in place
of the RFP or contract provision and cost savings to the Agency
should the Agency accept the proposed language. The Agency reserves
the right to either execute a contract without further negotiation
with the successful Bidder or to negotiate contract terms with the
selected Bidder if the best interests of the Agency would be
served.
3.2 Contents and Organization of Technical Proposal. This section
describes the information that must be in the Technical Proposal.
Bid Proposals should be organized into sections in the same order
provided here. Hard copies of Bid Proposals should use tabs to
separate each section. If a Bidder chooses to provide information
in attachments to respond to any section below, please create a new
tabbed attachment section immediately behind the applicable
section. For example, to add attachments related to information
asked for in Section 3.2.3 Information to Include Behind Tab 3:
Bidder’s Approach to Meeting Deliverables, the Bidder would create
a new tab in the Technical Proposal that is called Tab 3
Attachments and place the attachment(s) there. The Bidder would
follow suit by creating new tabbed sections for attachments created
to respond to any other section below in their bid proposal 3.2.1
Information to Include Behind Tab 1: Transmittal Letter. The
transmittal letter serves as a cover letter for the Technical
Proposal. It must consist of an executive summary that briefly
reviews the strengths of the Bidder and key features of its
proposed approach to meet the specifications of this RFP. 3.2.2
Information to Include Behind Tab 2: Proposal Table of Contents.
The Bid Proposal must contain a table of contents. 3.2.3
Information to Include Behind Tab 3: Bidder’s Approach to Meeting
Deliverables. The Bidder shall address each subsection in Section
1.3, Scope of Work, beginning with the opening Scope of Work
paragraphs and throughout the entire section, that the successful
contractor will perform by first restating the Deliverable from the
RFP and then detailing the Bidder’s planned approach to meeting
each contractor Deliverable immediately after the restated text.
Bid responses should provide sufficient detail so that the Agency
can understand and evaluate the Bidder’s approach, and should not
merely repeat the Deliverable. Bidders are given wide latitude in
the degree of detail they offer or the extent to which they reveal
plans, designs, examples, processes, and procedures. Bidders do not
need to address any responsibilities that are specifically
designated as Agency responsibilities.
COO-21-001 Redesign of Program and Service Delivery
Page 18 of 42 Form Date 6/24/20
Note:
Responses to Deliverables shall be in the same sequence as
presented in the RFP. Bid Proposals shall identify any deviations
from the specifications the Bidder cannot satisfy. Bid Proposals
shall not contain promotional or display materials unless
specifically required.
If a Bidder proposes more than one method of meeting the RFP
requirements, each method must be drafted and submitted as separate
Bid Proposals. Each will be evaluated separately. 3.2.3.1
Information to Include Behind Tab 3.1: Information Bidders Must
Submit That is Specific to This RFP. The Agency is requesting the
following information in addition to the contents immediately
above.
Sample project implementation meeting agenda Sample project plan to
demonstrate bidder’s understanding of the project
3.2.4 Information to Include Behind Tab 4: Bidder’s Experience.
3.2.4.1 Level of technical experience in providing the types of
services sought by the RFP. The Departments request this
information include, but not necessarily be limited to the
following:
Demonstrate related and relevant work experience and knowledge of:
o Providing work for public health and human services government
agencies; including:
Stakeholder and community engagement with underserved, at-risk, and
health disparate populations;
Knowledge of and participation with community based and
governmental strategies related to the social determinants of
health and health equity;
Familiarity of local, state and federal public health structures;
Knowledge of state Medicaid agencies and Medicaid financing,
familiarity with Iowa’s
provider landscape, and knowledge of Iowa specific Medicaid
structures including Managed Long Term Services and Supports
(MLTSS), Medicaid expansion, CHIP and waivers.
Familiarity with Iowa’s regional mental health and disability
services system Knowledge of child welfare and Title IV-E services
as well as the Family First
Prevention Services Act. o Consolidating administrative support
services including data integration and information
technology, and braided funding across programs and services; and,
o Identifying and implementing best practice, professional
standards, and governing principles.
3.2.4.2 Description of all services similar to those sought by this
RFP that the Bidder has provided to the Agency and other businesses
or governmental entities within the last three years.
For each similar service, provide a matrix detailing:
A. Project title; B. Project role (primary contractor or
subcontractor); C. Name of client agency or business; D. General
description of the scope of work; E. Start and end dates of
contract as originally entered into between the parties; F. If
there were any alteration(s) to the contract timeframe(s) or the
contract was terminated for any other
reason before completion of all obligations under the contract
provisions, fully explain the reason(s) for the alteration or
termination;
G. Total value of the contract at the time it was executed and any
alteration(s) to that amount. Provide reason(s) for the
alteration(s) to the contract value;
COO-21-001 Redesign of Program and Service Delivery
Page 19 of 42 Form Date 6/24/20
H. Whether the services were provided timely and within budget; I.
Any damages, penalties, disincentives assessed, or payments
withheld, or anything of value traded or
given up by the Bidder that are valued at or above $500,000.
Include the estimated cost assessed against the Bidder for the
incident with the details of the occurrence;
J. List administrative or regulatory proceedings or adjudicated
matters related to this service to which the Bidder has been a
party; and
K. Contact information for the client’s project manager including
address, telephone number, and email address.
3.2.4.3 Letters of reference from three (3) of the Bidder’s
previous clients knowledgeable of the Bidder’s performance in
providing services similar to those sought in this RFP, including a
contact person, telephone number, and email address for each
reference. It is preferred that letters of reference are provided
for services that were procured in a competitive environment. Form
letters of reference that do not elaborate on the Bidder’s
performance under the specific relationships addressed in the
reference letter may negatively impact the Bidder’s
evaluation/score. Persons who are currently employed by the Agency
are not eligible to be references.
3.2.4.4 Description of experience managing subcontractors, if the
Bidder proposes to use subcontractors. 3.2.5 Information to Include
Behind Tab 5: Personnel. The Bidder shall provide the following
information regarding personnel: 3.2.5.1 Tables of Organization.
Illustrate the lines of authority in two tables:
One showing overall operations One showing staff who will provide
services under the RFP
3.2.5.2 Names and Credentials of Key Corporate Personnel.
Include the names and credentials of the owners and executives of
your organization and, if applicable, their roles on this
project.
Include names of the current board of directors, or names of all
partners, as applicable. Include resumes for all key corporate,
administrative, and supervisory personnel who will be involved
in
providing the services sought by this RFP. The resumes should
include: name, education, years of experience, and employment
history, particularly as it relates to the scope of services
specified herein. Resumes shall not include social security
numbers.
3.2.5.3 Information About Project Manager and Key Project
Personnel.
Include names and credentials for the project manager, the
positions identified in this section, and any additional key
project personnel who will be involved in providing services sought
by this RFP. Include resumes for these personnel. The resumes shall
include: name, education, and years of experience and employment
history, particularly as it relates to the scope of services
specified herein. Resumes shall also include the percentage of time
the person would be specifically dedicated to this project on a
monthly basis, if the Bidder is selected as the successful Bidder.
Resumes should not include social security numbers.
For these Key Positions and any other identified by the Bidder,
describe how proposed key project personnel meet the
following:
3.2.5.3.1 Project Manager Demonstrated experience in Medicaid and
CHIP programs, child welfare and economic
assistance programs. Demonstrate related and relevant work
experience and knowledge of: Providing work for public health and
human services government agencies; including: Stakeholder and
community engagement with underserved, at-risk, and health
disparate
populations;
Knowledge of and participation with community based and
governmental strategies related to the social determinants of
health and health equity;
Familiarity of local, state and federal public health structures;
Knowledge of state Medicaid agencies and Medicaid financing,
familiarity with Iowa’s
provider landscape, and knowledge of Iowa specific Medicaid
structures including MLTSS, Medicaid expansion, CHIP and
waivers.
Familiarity with Iowa’s regional mental health and disability
services system Knowledge of child welfare and Title IV-E services
as well as the Family First
Prevention Services Act. Consolidating administrative support
services including data integration and information
technology, and braided funding across programs and services;
Identifying and implementing best practice, professional standards,
and governing
principles; and Experience managing subcontractor staff if the
Bidder proposes to use subcontractors.
o Department of Public Heath Lead Demonstrated related and relevant
work experience and knowledge of:
The work performed by public health and human services government
agencies; including:
Stakeholder and community engagement with underserved, at-risk, and
populations experiencing disparate health outcomes;
Knowledge of and participation with community based and
governmental strategies to address social determinants of health
and incorporation of a health equity lens in program development
and implementation;
Familiarity with the public health system, including local, state
and federal public health structures;
Strategies for consolidation of administrative support services for
public health program areas including data integration and
information technology, including blended and braided funding
across programs and services; and,
Identifying and implementing best practice, professional standards,
and governing principles.
o Department of Human Services Lead
Demonstrated experience in Medicaid and CHIP programs, child
welfare and economic assistance programs. Demonstrate related and
relevant work experience and knowledge of:
Providing work for public health and human services government
agencies; including:
Stakeholder and community engagement with underserved, at-risk, and
health disparate populations;
Knowledge of state Medicaid agencies and Medicaid financing,
familiarity with Iowa’s provider landscape, and knowledge of Iowa
specific Medicaid structures including MLTSS, Medicaid expansion,
CHIP and waivers.
Familiarity with Iowa’s regional mental health and disability
services system Knowledge of child welfare and Title IV-E services
as well as the Family First
Prevention Services Act. Consolidating administrative support
services including data integration and,
information technology, and braided funding across programs and
services; and, Identifying and implementing best practice,
professional standards, and
governing principles 3.2.5.4 Disclosures.
COO-21-001 Redesign of Program and Service Delivery
Page 21 of 42 Form Date 6/24/20
List any details of whether the Bidder or any owners, officers,
primary partners, staff providing services or any owners, officers,
primary partners, or staff providing services of any subcontractor
who may be involved with providing the services sought in this RFP,
have ever had a founded child or dependent adult abuse report, or
been convicted of a felony. 3.2.6 Information to Include Behind Tab
6: RFP Forms. The forms listed below are attachments to this RFP.
Fully complete and return these forms behind Tab 6:
Release of Information Form Primary Bidder Detail &
Certification Form Subcontractor Disclosure Form (one for each
proposed subcontractor) Certification and Disclosure Regarding
Lobbying
3.2.7 Financial Statements. The Bidder shall submit 1 complete hard
copy and a USB flash drive containing an electronic copy of audited
financial statements from independent auditors for the last three
(3) years. Entities not required to have audited financial
statements may submit CPA-prepared unaudited financial statements.
Hard copy should be submitted in a separate binder from the
Technical and Cost proposals. 3.3 Cost Proposal. Content and
Format. The Bidder shall fully complete Attachment F that has been
provided with this RFP. Bidders shall follow the instructions for
completion of the cost proposal form and submit it in accordance
with the Bid Proposal Formatting Section of this RFP.
Section 4 Evaluation Of Bid Proposals 4.1 Introduction. This
section describes the evaluation process that will be used to
determine which Bid Proposal provides the greatest benefit to the
Agency. When making this determination, the Agency will not
necessarily award a contract to the Bidder offering the lowest cost
to the Agency or to the Bidder with the highest point total.
Rather, a contract will be awarded to the Bidder that offers the
greatest benefit to the Agency. 4.2 Evaluation Committee. The
Agency intends to conduct a comprehensive, fair, and impartial
evaluation of Bid Proposals received in response to this RFP. In
making this determination, the Agency will be represented by an
evaluation committee. 4.3 Proposal Scoring and Evaluation Criteria.
The evaluation committee will use the method described in this
section to assist with initially determining the relative merits of
each Bid Proposal. Scoring Guide. Points will be assigned to each
evaluation component as follows, unless otherwise designated:
4 Bidder has agreed to comply with the requirements and provided a
clear and compelling description of how each requirement would be
met, with relevant supporting materials. Bidder’s proposed approach
frequently goes above and beyond the minimum requirements and
indicates superior ability to serve the needs of the Agency.
3 Bidder has agreed to comply with the requirements and provided a
good and complete description of how the requirements would be met.
Response clearly demonstrates a high degree of ability to serve the
needs of the Agency.
COO-21-001 Redesign of Program and Service Delivery
Page 22 of 42 Form Date 6/24/20
Technical Proposal Components. When Bid Proposals are evaluated,
the total points for each component are comprised of the
component’s assigned weight multiplied by the score the Bid
Proposal earns. Points for all components will be added together.
The evaluation components, including maximum points that may be
awarded, are as follows:
Technical Proposal Components
Weight Score (0-4) Potential Maximum Points
BIDDER’S APPROACH TO MEETING DELIVERABLES Scope of Work Paragraphs
Immediately Following Heading Titled “1.3 Scope of Work up to
Heading Titled “1.3.1 Deliverables”
8.75 35
10 40
18.75 75
Project Plan, Section 1.3.1.3, AND Sample Project Plan, Section
3.2.3.1
25 100
28.75 115
31.25 125
10 40
25 100
25 100
12.5 50
2 Bidder has agreed to comply with the requirements and provided an
adequate description of how the requirements would be met. Response
indicates adequate ability to serve the needs of the Agency.
1 Bidder has agreed to comply with the requirements and provided
some details on how the requirements would be met. Response does
not clearly indicate if all the needs of the Agency will be
met.
0 Bidder has not addressed any of the requirements or has provided
a response that is limited in scope, vague, or incomplete. Response
did not provide a description of how the Agency’s needs would be
met.
COO-21-001 Redesign of Program and Service Delivery
Page 23 of 42 Form Date 6/24/20
Deliverable Summary/Timeline AND General Requirements, Section
1.3.2
5 20
EXPERIENCE Level of Technical Expertise in Providing the Types of
Services Sought by the RFP, Section 3.2.4.1
50 200
Description of All Services Similar to This RFP That Bidder Had
Provided, Section 3.2.4.2, AND Letters of Reference, Section
3.2.4.3, AND Description of Experience Managing Subcontractors,
Section 3.2.4.4
50 200
PERSONNEL Personnel, Section 3.2.5 100 400
Scoring of Cost Proposal Pricing. Bidder Cost Proposals will be
scored as described below. Bidder total cost proposal pricing score
will be figured by adding together the bidder’s individual scores
for each component. (Cost Proposal Tab 1, Table 1 Score + Cost
Proposal Tab 1, Table 2 Score + Cost Proposal Tab 2, Table 1
Combined Score = Bidders Total Cost Proposal Pricing Score.) The
following formula will be used to determine scoring based on
available points for each component:
Pricing will be scored using the ratio of the lowest Cost Proposal
component versus the cost of each higher priced component in each
bidder’s Cost Proposal. Under this formula, the lowest Cost
Proposal component receives all of the points assigned. A Cost
Proposal twice as expensive as the lowest Cost Proposal component
would earn half of the available points for this component. The
formula is:
Weighted Cost Score = (price of lowest Cost Proposal
component/price of each higher priced Cost Proposal component) X
Available Points
Cost Proposal Pricing – Component 1 – 200 Possible Points Cost
Proposal Tab 1, Table 1 – Cost Proposal Pricing for Component 1
will be based on the bidders Tab 1, Table 1 total for completion of
all milestones identified in RFP Section 1.3.5.1.
Cost Proposal Pricing – Component 2 – 75 Possible Points Cost
Proposal Tab 1, Table 2 – Cost Proposal Pricing for Component 2
will be based on the individual cost for a Stakeholder Meeting as
identified in RFP Section 1.3.5.2.
Cost Proposal Pricing – Tab 2– 125 Total Possible Points
Cost Proposal Tab 2, Table 1 – Cost Proposal Pricing will be based
on individual scores for each rate cell (“Component”).
COO-21-001 Redesign of Program and Service Delivery
Page 24 of 42 Form Date 6/24/20
For Tab 2, each identified position in Tab 2, Table 1 will earn a
separate score for both the On-Site Work Hourly Component and the
Off-Site Work Hourly Component. These scores will be added together
to total the score for each identified position. (Identified
position On-Site Work Hourly Rate Component + Identified position
Off-Site Work Hourly Rate Component = Identified position total
score.) The total score of each bidder for each identified position
will be added together with scores for all other positions listed
in Tab 2 to make up the final score for Tab 2, Table 1. Note: Using
this methodology, the only way that a bidder would receive all 125
points available under Tab 2 would be if one bidder submits the
lowest hourly rate in every single rate cell on Tab 2.
Total Points Assigned to Pricing: 400 Total Points Possible for
Technical and Cost Proposals: 2000 4.4 Recommendation of the
Evaluation Committee. The evaluation committee shall present a
final ranking and recommendation(s) to the Deputy Director of the
Iowa Department of Public Health for consideration. In making this
recommendation, the committee is not bound by any scores or scoring
system used to assist with initially determining the relative
merits of each Bid Proposal. This recommendation may include, but
is not limited to, the name of one or more Bidders recommended for
selection or a recommendation that no Bidder be selected. The
Deputy Director shall consider the committee’s recommendation when
making the final decision, but is not bound by the recommendation.
A representative of the Department of Human Services Division of
Fiscal Management will review the financial information of the
apparent successful bidder and provide information for the Deputy
Director’s consideration when making the final decision.
COO-21-001 Redesign of Program and Service Delivery
Page 25 of 42 Form Date 6/24/20
Attachment A: Release of Information (Return this completed form
behind Tab 6 of the Bid Proposal.)
_________________________________ (name of Bidder) hereby
authorizes any person or entity, public or private, having any
information concerning the Bidder’s background, including but not
limited to its performance history regarding its prior rendering of
services similar to those detailed in this RFP, to release such
information to the Agency. The Bidder acknowledges that it may not
agree with the information and opinions given by such person or
entity in response to a reference request. The Bidder acknowledges
that the information and opinions given by such person or entity
may hurt its chances to receive contract awards from the Agency or
may otherwise hurt its reputation or operations. The Bidder is
willing to take that risk. The Bidder agrees to release all
persons, entities, the Agency, and the State of Iowa from any
liability whatsoever that may be incurred in releasing this
information or using this information.
_______________________________ Printed Name of Bidder Organization
_______________________________ ___________________________
Signature of Authorized Representative Date
_______________________________ Printed Name
COO-21-001 Redesign of Program and Service Delivery
Page 26 of 42 Form Date 6/24/20
Attachment B: Primary Bidder Detail & Certification Form
(Return this completed form behind Tab 6 of the Proposal. If a
section does not apply, label it “not applicable”.)
Primary Contact Information (individual who can address issues re:
this Bid Proposal) Name: Address: Tel: Fax: E-mail:
Primary Bidder Detail Business Legal Name (“Bidder”): “Doing
Business As” names, assumed names, or other operating names:
Parent Corporation Name and Address of Headquarters, if any:
Form of Business Entity (i.e., corp., partnership, LLC,
etc.):
State of Incorporation/organization: Primary Address: Tel: Local
Address (if any): Addresses of Major Offices and other facilities
that may contribute to performance under this RFP/Contract:
Number of Employees: Number of Years in Business: Primary Focus of
Business: Federal Tax ID: DUNS #: Bidder’s Accounting Firm: If
Bidder is currently registered to do business in Iowa, provide the
Date of Registration:
Do you plan on using subcontractors if awarded this Contract? {If
“YES,” submit a Subcontractor Disclosure Form for each proposed
subcontractor.}
(YES/NO)
COO-21-001 Redesign of Program and Service Delivery
Page 27 of 42 Form Date 6/24/20
Request for Confidential Treatment (See Section 3.1)
Check Appropriate Box: Bidder Does Not Request Confidential
Treatment of Bid Proposal Bidder Requests Confidential Treatment of
Bid Proposal
Location in Bid Proposal (Tab/Page)
Specific Grounds in Iowa Code Chapter 22
or Other Applicable Law Which Supports
Treatment of the Information as
Confidential
Justification of Why Information Should Be Kept in Confidence and
Explanation of Why Disclosure Would
Not Be in The Best Interest of the Public
Exceptions to RFP/Contract Language (See Section 3.1)
RFP Section
and Page
Cost Savings to the Agency if the Proposed
Replacement Language is Accepted
1. BID PROPOSAL CERTIFICATIONS. By signing below, Bidder certifies
that:
1.1 Bidder specifically stipulates that the Bid Proposal is
predicated upon the acceptance of all terms and
conditions stated in the RFP and the Sample Contract without change
except as otherwise expressly stated in the Primary Bidder Detail
& Certification Form. Objections or responses shall not
materially alter the RFP. All changes to proposed contract
language, including deletions, additions, and substitutions of
language, must be addressed in the Bid Proposal. The Bidder accepts
and shall comply with all Contract Terms and Conditions contained
in the Sample Contract without change except as set forth in the
Contract;
1.2 Bidder has reviewed the Additional Certifications, which are
incorporated herein by reference, and by signing below represents
that Bidder agrees to be bound by the obligations included
therein;
1.3 Bidder has received any amendments to this RFP issued by the
Agency; 1.4 No cost or pricing information has been included in the
Bidder’s Technical Proposal; 1.5 If Bidder requests confidential
treatment of any information submitted in its Proposal, the Bidder
expressly
acknowledges and agrees that the Agency’s evaluation document(s)
may reference information of which the Bidder requested
confidential treatment in the Bid Proposal. These Agency evaluation
documents may then be in the public domain and be open to
inspection by interested parties upon the Agency’s issuance of a
Notice of Intent to Award. The Agency will not redact information
or references to information in evaluation documents even in
instances which a Bidder requested confidential treatment in the
Bid Proposal; and,
1.6 The person signing this Bid Proposal certifies that he/she is
the person in the Bidder’s organization responsible for, or
authorized to make decisions regarding the prices quoted and,
Bidder guarantees the availability of the services offered and that
all Bid Proposal terms, including price, will remain firm until a
contract has been executed for the services contemplated by this
RFP or one year from the issuance of this RFP, whichever is
earlier.
COO-21-001 Redesign of Program and Service Delivery
Page 28 of 42 Form Date 6/24/20
2. SERVICE AND REGISTRATION CERTIFICATIONS. By signing below,
Bidder certifies that: 2.1 Bidder certifies that the Bidder’s
organization has sufficient personnel and resources available to
provide all
services proposed by the Bid Proposal, and such resources will be
available on the date the RFP states services are to begin. Bidder
guarantees personnel proposed to provide services will be the
personnel providing the services unless prior approval is received
from the Agency to substitute staff;
2.2 Bidder certifies that if the Bidder is awarded the contract and
plans to utilize subcontractors at any point to perform any
obligations under the contract, the Bidder will (1) notify the
Agency in writing prior to use of the subcontractor, and (2) apply
all restrictions, obligations, and responsibilities of the
resulting contract between the Agency and contractor to the
subcontractors through a subcontract. The contractor will remain
responsible for all Deliverables provided under this
contract;
2.3 Bidder either is currently registered to do business in Iowa or
agrees to register if Bidder is awarded a Contract pursuant to this
RFP;
2.4 Bidder certifies it is either: 1) registered or will become
registered with the Iowa Department of Revenue to collect and remit
Iowa sales and use taxes as required by Iowa Code chapter 423; or
2) not a “retailer” of a “retailer maintaining a place of business
in this state” as those terms are defined in Iowa Code subsections
423.1(42) & (43). The Bidder also acknowledges that the Agency
may declare the Bid Proposal void if the above certification is
false. Bidders may register with the Department of Revenue online
at: http://www.state.ia.us/tax/business/business.html; and,
2.5 Bidder certifies it will comply with Davis-Bacon requirements
if applicable to the resulting contract.
3. EXECUTION.
By signing below, I certify that I have the authority to bind the
Bidder to the specific terms, conditions and technical
specifications required in the Agency’s Request for Proposals (RFP)
and offered in the Bidder’s Proposal. I understand that by
submitting this Bid Proposal, the Bidder agrees to provide services
described herein which meet or exceed the specifications of the
Agency’s RFP unless noted in the Bid Proposal and at the prices
quoted by the Bidder. The Bidder has not participated, and will not
participate, in any action contrary to the anti-competitive
obligations outlined in the Additional Certifications. I certify
that the contents of the Bid Proposal are true and accurate and
that the Bidder has not made any knowingly false statements in the
Bid Proposal.
Signature:
COO-21-001 Redesign of Program and Service Delivery
Page 29 of 42 Form Date 6/24/20
Attachment C: Subcontractor Disclosure Form (Return this completed
form behind Tab 6 of the Bid Proposal. Fully complete a form for
each proposed subcontractor. If a section does not apply, label it
“not applicable.” If the Bidder does not intend to use
subcontractor(s), this form does not need to be returned.)
Primary Bidder (“Primary Bidder”):
Subcontractor Contact Information (individual who can address
issues re: this RFP) Name: Address: Tel: Fax: E-mail:
Subcontractor Detail Subcontractor Legal Name
(“Subcontractor”):
“Doing Business As” names, assumed names, or other operating
names:
Form of Business Entity (i.e., corp., partnership, LLC, etc.)
State of Incorporation/organization: Primary Address: Tel: Fax:
Local Address (if any): Addresses of Major Offices and other
facilities that may contribute to performance under this
RFP/Contract:
Number of Employees: Number of Years in Business: Primary Focus of
Business: Federal Tax ID: Subcontractor’s Accounting Firm: If
Subcontractor is currently registered to do business in Iowa,
provide the Date of Registration:
Percentage of Total Work to be performed by this Subcontractor
pursuant to this RFP/Contract.
General Scope of Work to be performed by this Subcontractor
Detail the Subcontractor’s qualifications for performing this scope
of work
COO-21-001 Redesign of Program and Service Delivery
Page 30 of 42 Form Date 6/24/20
By signing below, Subcontractor agrees to the following:
1. Subcontractor has reviewed the RFP, and Subcontractor agrees to
perform the work indicated in this Bid Proposal if the Primary
Bidder is selected as the winning Bidder in this procurement;
2. Subcontractor has reviewed the Additional Certifications and by
signing below confirms that the Certifications are true and
accurate and Subcontractor will comply with all such
Certifications;
3. Subcontractor recognizes and agrees that if the Primary Bidder
enters into a contract with the Agency as a result of this RFP, all
restrictions, obligations, and responsibilities of the contractor
under the contract shall also apply to the subcontractor;
4. Subcontractor agrees that it will register to do business in
Iowa before performing any services pursuant to this contract, if
required to do so by Iowa law; and,
5. Subcontractor certifies that it will comply with Davis-Bacon
requirements if applicable to the resulting contract.
The person signing this Subcontractor Disclosure Form certifies
that he/she is the person in the Subcontractor’s organization
responsible for or authorized to make decisions regarding the
prices quoted and the Subcontractor has not participated, and will
not participate, in any action contrary to the anti-competitive
obligations outlined in the Additional Certifications.
I hereby certify that the contents of the Subcontractor Disclosure
Form are true and accurate and that the Subcontractor has not made
any knowingly false statements in the Form.
Signature for Subcontractor:
COO-21-001 Redesign of Program and Service Delivery
Page 31 of 42 Form Date 6/24/20
Attachment D: Additional Certifications (Do not return this page
with the Bid Proposal.)
1. CERTIFICATION OF INDEPENDENCE AND NO CONFLICT OF INTEREST By
submission of a Bid Proposal, the Bidder certifies (and in the case
of a joint proposal, each party thereto certifies) that:
1. The Bid Proposal has been developed independently, without
consultation, communication or agreement with any employee or
consultant of the Agency who has worked on the development of this
RFP, or with any person serving as a member of the evaluation
committee;
2. The Bid Proposal has been developed independently, without
consultation, communication or agreement with any other Bidder or
parties for the purpose of restricting competition;
3. Unless otherwise required by law, the i